This document, an addendum to DD FORM 1423, Contract Data Requirements List, specifically addresses distribution and export control for CDRL A001, PR 1301302057. It specifies a Distribution Statement D, authorizing distribution to U.S. Government Agencies and their contractors due to critical technology. All other requests must be referred to NUWCDIVNPT Code 1534. Additionally, the document mandates an 'EXPORT CONTROL WARNING NOTICE' for all CDRL items. This warning indicates that the technical data is export-restricted under the Arms Export Control Act and the Export Administration Act of 1979, with violations subject to severe criminal penalties. Dissemination must comply with DoD Directive 5230.25. The purpose of this document is to establish clear guidelines for the controlled distribution and export of sensitive technical data within government contracts.
The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) has issued RFQ N66604-26-Q-0076, a 100% small business set-aside under NAICS Code 332710 for Machine Shops. The solicitation seeks a Firm Fixed Price (FFP) contract for the design, manufacture, and delivery of one custom tilter, as per a Government Statement of Work (SOW). Delivery is F.O.B. Destination, Newport, RI, with a required delivery date of April 1, 2026. Offerors must submit quotes, including shipping costs, by December 2, 2025, at 1400 EST. Access to drawings requires a valid Joint Certification Program (JCP) certification. Award will be based on the lowest-priced technically acceptable offer, requiring a draft Conceptual Drawing Package. Offerors must be registered with SAM and confirm payment terms, including acceptance of Government Purchase Card. Various FAR and DFARS clauses apply, with questions due by November 25, 2025.
This Statement of Work (SOW) outlines the requirement for a custom-designed material handling equipment, specifically a Tilter, to be procured by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), Code 153. This equipment will facilitate the repositioning of towed array stowage drums from vertical to horizontal and vice versa, crucial for the repair and restoration of Thinline Towed Array Handling Equipment (TLTAHE) used on OHIO CL, LOS ANGELES CL, VIRGINIA CL, and future COLUMBIA CL submarines. The contractor will be responsible for designing, manufacturing, and delivering a single Tilter capable of safely handling three different sized drums, with a minimum capacity of 8000 lbs, powered by a 3HP electric over hydraulic motor, and featuring a two-button handheld controller. Key design requirements include a square cutout on the bed for inner drum access, displayed center of gravity, forklift access points, removable padded steel V-blocks, tie-downs for security, and velocity fuses. Fabrication will commence upon government approval of the design. The contractor must provide a Technical Data Package (TDP) including drawings, parts lists, and schematics. Security provisions, including adherence to NISPOM, safeguarding CUI, incident reporting, OPSEC implementation, and electronic spillage protocols, are also detailed.
The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) has issued RFQ N66604-26-Q-0076, a 100% small business set-aside under NAICS Code 332710 for Machine Shops, to procure a custom tilter. This firm-fixed-price contract requires the design, manufacture, and delivery of a custom tilter, including Contract Data Requirements Lists (CDRLs), by April 1, 2026, to Newport, RI. Offerors must have a valid Joint Certification Program (JCP) certification to access drawings and must be registered with the System for Award Management (SAM). Quotes must include shipping costs in unit prices and remain valid for at least 60 days. Award will be based on the lowest-priced technically acceptable offer, requiring a draft Conceptual Drawing Package and adherence to CMMC Level 2 (Self) requirements. Past performance in SPRS will also be considered. Quotes are due by December 30, 2025, 1400 EST, with questions due by December 19, 2025, to elizabeth.a.peckham2.civ@us.navy.mil.
The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) requires a contractor to design, manufacture, and deliver a custom material handling equipment (Tilter) to reposition towed array stowage drums for repair operations. This equipment will support the OK-542 Thinline Towed Array Handling Equipment and OA-9070 Deployable Array Working Group used on OHIO, LOS ANGELES, VIRGINIA, and future COLUMBIA class submarines. The Tilter must safely handle three different sized drums, with a minimum capacity of 8000 lbs, using a 3HP, 230V/460V AC electric over hydraulic motor, and a two-button handheld controller. Key design features include a square cut-out for inner drum access, forklift access points, removable steel V-blocks with padding, tie-downs, and velocity fuses. The contractor must also provide a Technical Data Package (TDP) including drawings, parts lists, and schematics. All work is subject to strict security compliance, including adherence to NISPOM, safeguarding Controlled Unclassified Information (CUI), and implementing an Operations Security (OPSEC) program.
The TAHEF-FORM-NO. 007 Rev C is a Vendor Information Request (VIR) form used to address technical questions or problems related to Towed Array Handling Equipment Facility work orders. It serves as a formal communication tool between vendors and the TAHEF facility. Vendors are responsible for completing specific sections detailing material nomenclature, part numbers, quantities, serial numbers, part status, problem descriptions, causes of nonconformance, recommended corrective actions, recommended dispositions, technical justifications, and potential delivery and cost impacts. The TAHEF facility then reviews and processes the request, with various departments like logistics, engineering, purchasing, and quality assurance providing input. The form requires multiple signatures for approvals from engineering, production, program managers, and the TAHEF manager, culminating in a final disposition (approve, conditionally approve, disapprove, or information only) and a formal response to the vendor. The document emphasizes the importance of accurate information, proper documentation, and adherence to established procedures for resolving technical issues efficiently.